Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 16, 2003 FBO #0688
SOLICITATION NOTICE

Z -- INDEFINITE DELIVERY-INDEFINIET QUANTITY MULTI TRADE CONSTRUCTION CONTRACT

Notice Date
10/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Oakland, 2000 Embarcadero Suite 200, Oakland, CA, 94606-5000
 
ZIP Code
94606-5000
 
Solicitation Number
DTCG88-04-R-623036
 
Response Due
12/15/2003
 
Point of Contact
Joseph Laughlin, Contract Specialist, Phone (510)535-7242, Fax (510)535-7233, - Jeffrey Cross, Supervisory Contract Specialist, Phone 510-535-7236, Fax 510-535-7233,
 
E-Mail Address
jlaughlin@d11.uscg.mil, JCross@d11.uscg.mil
 
Description
This is for one multi-trade contract for construction services in Oregon and Washington. The primary areas of responsibility are Oregon and Washington to include all Coast Guard activities in Group Port Angeles, Group Seattle, Group Astoria, Group Portland, & Group North Bend. The area covered will include Washington and Oregon States.. Under this procurement, the contractor(s) shall provide all labor, material, supplies, transportation, supervision, and all other necessary items to complete assigned work in complete compliance with all plans, drawings, and specifications. Work will be issued by individual delivery orders with scope of work and price negotiated between the parties. The Government has the option to issue unilateral delivery orders. Proposals for delivery orders shall be submitted using the latest R.S. Means Facilities Construction Cost Data (Year 2003 version), for unit price bare cost determination multiplied by the bid price coefficient as described in Section H of the solicitation. The procedure for yearly inflation adjustments is also described in the solicitation. Common trades which may be needed include: carpentry, plumbing, electrical, laborers, power equipment operators, cement/concrete works, asbestos removers, painters and other trades common to the construction industry as identified in the Davis-Bacon Wage Determination(s). The contractor will be required to perform multi-discipline construction, repair, and remodeling work at all USCG facilities in Oregon and Washington using these trade workers. The contractor may also be required to perform construction using a performance-based specification with a design submittal to be provided after issuance of the delivery order. The ensuing contract will be awarded to one or more firms for a base year with four option periods. Use of Award Term provisions is being contemplated. Minimum guaranteed annual amounts for each contract are $50,000, and maximum amount will be $4,000,000. Award will be made under the ?Best Value? source selection provision of Section 15 of the Federal Acquisition Regulation (FAR) and applicable Department of Transportation and U.S. Coast Guard statutes, regulations and rules. The source selection will use past performance and price as selection criteria. This will be described in Section M of the solicitation. Separate proposals will be required for past experience (and experience) and price. Past performance (and experience) and price will be approximately equal in weight during the source selection. This procurement is solicited on an unrestricted basis. A copy of the solicitation will be available via the Electronic Posting Service administered by the General Services Administration (http://www.eps.gov/). Questions and proposals may be sent to Joe Laughlin or Jeff Cross at Civil Engineering Unit Oakland, 2000 Embarcadero, Suite 200, Oakland, CA 94606-5337; their phone number is (510) 535-7283/7236. The Request for Proposal is expected to be released on or about 15 November 2003. Proposal submission day will be 30 calendar days later. The estimated cost of this procurement is between $50,000 to $4,000,000 (per year) (CONSTRUCTION BIDS ONLY). Performance period is one year after award. The contract also allows for four options. The applicable NAICS code is 233320. Small Business size standard is $28.5 million. All responsible sources may submit a proposal, which will be considered. NO TELEPHONE REQUESTS WILL BE ACCEPTED. Our office no longer issues solicitations or amendments in paper form. Instead they may be accessed at the following website: (http://www.eps.gov/). Offerors should register to receive notification of this solicitation. Any amendments issued to this solicitation will be posted solely on this website. This solicitation can be downloaded from (http://www.eps.gov/) on approximately 15 November 2003. If it does not appear on that date, please check back daily. The date set for receipt of offers is approximately 15 December 2003. This date is estimated and may change. ATTENTION: Minority, Women-Owned and Disadvantaged Business Enterprises (DBE's) The Department of Transportation (DOT), offers working capital financing and bonding assistance for transportation related contracts. DOT's Bonding Assistance Program (BAP) offers bid, performance and payment bonds on contracts up to $1,000,000. DOT's Short-Term Lending Program (STLP) offers lines of credit to finance accounts receivable. Maximum line of credit is $500,000.00 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Various U.S. Coast Guard Stations in Oregon and Washington
 
Record
SN00451809-W 20031016/031014213023 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.